Section one: Contracting authority
one.1) Name and addresses
North Western Universities Purchasing Consortium
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
Contact
Lisa Blackburn
Telephone
+44 1618003
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
04045190
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67673&B=NWUPC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67673&B=NWUPC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Sub-central contracting authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for High Value Laboratory Equipment
Reference number
LAB3162 NW
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, APUC, HEPCW, LUPC, NEUPC and SUPC for the supply of High Value Laboratory Equipment. The Framework Agreement will be split into 5 lots as follows:
Lot 1 – Magnetic Resonance Equipment,
Lot 2 – X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments,
Lot 3 – Spectroscopy Equipment,
Lot 4 – Mechanical, Thermal and Physical Testing Equipment.
Lot 5 – Radiation Safety & Detection Equipment.
This Framework Agreement will commence on 01st August 2023 for an initial period of 24 months until 31st July 2025 with the option to extend the Agreement for 12 months until 31st July 2026 and a further 12 months until 31st July 2027 subject to satisfactory Economic Operator performance.
Coverage on this agreement shall be national - covering all of the United Kingdom including Northern Ireland.
two.1.5) Estimated total value
Value excluding VAT: £185,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Magnetic Resonance Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 33113000 - Magnetic resonance imaging equipment
- 38433000 - Spectrometers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2025
This contract is subject to renewal
Yes
Description of renewals
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
two.2.14) Additional information
Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.
two.2) Description
two.2.1) Title
X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments
Lot No
2
two.2.2) Additional CPV code(s)
- 33111400 - X-ray fluoroscopy devices
- 33114000 - Spectroscopy devices
- 33115000 - Tomography devices
- 38433000 - Spectrometers
- 38510000 - Microscopes
- 38511000 - Electron microscopes
- 38511100 - Scanning electron microscopes
- 38511200 - Transmission electron microscope
- 38514200 - Scanning probe microscopes
- 38530000 - Diffraction apparatus
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2025
This contract is subject to renewal
Yes
Description of renewals
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
two.2.14) Additional information
Please read the Supplier Guide to Tendering, Selection Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.
For all other lots, the lot description will be the scope outlined in the ITT.
two.2) Description
two.2.1) Title
Spectroscopy Equipment
Lot No
3
two.2.2) Additional CPV code(s)
- 33114000 - Spectroscopy devices
- 38433000 - Spectrometers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependant on individual member institutional requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2025
This contract is subject to renewal
Yes
Description of renewals
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
two.2.14) Additional information
Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.
two.2) Description
two.2.1) Title
Mechanical, Thermal and Physical Testing Equipment
Lot No
4
two.2.2) Additional CPV code(s)
- 38425000 - Fluid mechanics equipment
- 38500000 - Checking and testing apparatus
- 38540000 - Machines and apparatus for testing and measuring
- 38400000 - Instruments for checking physical characteristics
- 38900000 - Miscellaneous evaluation or testing instruments
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2025
This contract is subject to renewal
Yes
Description of renewals
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
two.2.14) Additional information
Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.
two.2) Description
two.2.1) Title
Radiation Safety & Detection Equipment
Lot No
5
two.2.2) Additional CPV code(s)
- 35113200 - Nuclear, biological, chemical and radiological protection equipment
- 38341000 - Apparatus for measuring radiation
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2023
End date
31 July 2025
This contract is subject to renewal
Yes
Description of renewals
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
two.2.14) Additional information
Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 110
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-002887
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 June 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 June 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:
NWUPC https://www.nwupc.ac.uk/our-members
APUC http://www.apuc-scot.ac.uk/#!/members
HEPCW http://www.hepcw.ac.uk/about-us-2/
LUPC https://www.lupc.ac.uk/member-list
NEUPC http://www.neupc.ac.uk/our-members
SUPC https://www.supc.ac.uk/about-us/our-members/our-members
At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide
https://www.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
https://www.police-information.co.uk/index.html
Fire and Rescue Services in the United Kingdom
http://www.fire.org.uk/fire-brigades.html
NHS Bodies England
https://www.england.nhs.uk/publication/nhs-provider-directory/
Hospices in the UK
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom
https://www.gov.uk/government/organisations/charity-commission
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
Scottish Police
NI Public Bodies
Northern Ireland Government Departments
https://www.northernireland.gov.uk/topics/your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
Northern Ireland Public Sector Bodies and Local Authorities
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Schools and Universities in Northern Ireland
https://www.education-ni.gov.uk/
Health and Social care in Northern Ireland
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
six.4) Procedures for review
six.4.1) Review body
NWUPC
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M54WT
Country
United Kingdom